Federal Bid

Last Updated on 11 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
Maryland

One (1) Lithium Niobate (LiNbO3) Modulator

Solicitation ID W911QX-16-T-0325
Posted Date 19 Sep 2016 at 1 PM
Archive Date 11 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Maryland United states

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b) (1)(i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to: Phase Sensitive Innovations 51 East Main Street, Suite 201, Newark, Delaware 19711-4676. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

(ii) The solicitation number is: W911QX-16-T-0325
This acquisition is issued as a Request for quotation (RFQ)

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-89

(iv) The associated NAICS code is 334516. The small business size standard is 1000 employees.


(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: One (1) Lithium Niobate (LiNbO3) Modulator

(vi) Description of requirements: The Lithium Niobate (LiNbO3) Modulator require these specifications:

One (1) Operating wavelength: 1550nm
One (1) Fiber Termination: FC/APC
One (1) Fiber: Polarization Maintaining PANDA or equivalent
One (1) Fiber to Fiber Optical loss: <4dB
One (1) RF connector: W-band
One (1) Modulation band width: 75-100GHz


(vii) Delivery is required by: 90 days after contract award

Delivery shall be made to:
US Army Research Laboratory
Shipping and Receiving
2800 Powder Mill Road
Adelphi, Maryland 20783

Acceptance shall be performed at:
US Army Research Laboratory
Shipping and Receiving
2800 Powder Mill Road
Adelphi, Maryland 20783

The FOB point is: Adelphi, Maryland 20783

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: NONE


(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)
52.209-6 -- PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014),
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (APR 2015)
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JULY 2014)
52.222-50 COMBATTING TRAFFICKING IN PERSONS (MAR 2015)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (JUL 2013)
52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015)
252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)
252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION
252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014)
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012)
252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013)


(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-7 SYSTEM FOR AWARD MANAGEMENT
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)
52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE
252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR
252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
52.004-4409 ACC - APG POINT OF CONTACT (APR 2011)
52.016-4407 TYPE OF CONTRACT (SEP 1999)
52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999)
52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999)
APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999)
APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011)

(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

(xv) The following notes apply to this announcement: N/A
(xvi) Offers are due on: 26 September 20016, by 10:00am (eastern standard time),
 at [email protected]

(xvii) For information regarding this solicitation,
please contact Nathlie M. Hicks, Purchasing Agent,
301-394-3985, [email protected]

 

Bid Protests Not Available

Similar Past Bids

Broadway New jersey 26 Jul 2010 at 4 PM
Location Unknown 10 Apr 2003 at 5 AM
Hyattsville Maryland 25 Aug 2016 at 8 PM
Broadway New jersey 08 Feb 2011 at 10 PM
Location Unknown 19 Mar 2008 at 4 AM